By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Tender for the Provision of an Electronic Endoscopy Management Reporting System.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

NHS Wales Procurement Services - Abertawe Bro Morgannwg University Health Board
Neath Port Talbot Hospital, Baglan Way
Contact point(s): Front Line Procurement
For the attention of: Richard Clayfield
SA12 7BX Port Talbot
UNITED KINGDOM
Telephone: +44 1639684431
E-mail:
Fax: +44 1639684442

Internet address(es):

General address of the contracting authority: http://www.procurement.wales.nhs.uk

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0221

Electronic access to information: www.etenderwales.bravosolution.co.uk

Electronic submission of tenders and requests to participate: www.etenderwales.bravosolution.co.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Tender for the Provision of an Electronic Endoscopy Management Reporting System.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Abertawe Bro Morgannwg University Health Board.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
ABMU Health Board is seeking expressions of interest to tender for the provision of an Endoscopy management /reporting and scheduling system to support the service across the main hospital sites. The system will be used to manage the entire journey of an endoscopy patient's pathway from referral to follow up capturing the whole endoscopy episode. The system will have the ability to support clinical audit by easy access to comprehensive information, and will ensure compliance with JAG accreditation requirements /capture of information for the Global Rating Scale (GRS) and will support the delivery of an efficient, effective and safe endoscopy service.
The Contract will operate for a primary term of 3 years with an option to extend for 2 further periods of 12 months at the Health Board's discretion.
There will be a phased implementation period across sites with payment on completion of each site. A detailed training plan will be required. There must be flexibility to service changes during the implementation phase.

Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=21804

II.1.6)Common procurement vocabulary (CPV)

48781000, 48814200

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 100 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The Contract will operate for a primary term of 3 years with an option to extend for 2 further periods of 12 months at the Health Board's discretion.
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 24
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As set out in the invitation to tender (ITT) documents. The Contracting Authority reserves the right to request a parent company and/or other guarantees of financial liability.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the invitation to tender(ITT) documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
None specified, save that in the case of a partnership or consortia or other groups of more than one legal entity, liability shall be joint or several. In the case of consortia, one party must act as 'prime contractor'.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As set out in the contract documents.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Any economic operator may be excluded from participation in a contract if it:
The pre qualification questionnaire (PQQ), which is available on request, will provide details.
Any economic operator may be excluded from participation if it fulfils any of the criteria listed in Regulation 23 of the Public Contracts Regulations 2006/Article 45 EU Directive 2004/18/EC.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the PQQ.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 8
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
T/ABM/015/14/RC
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 6.3.2015
IV.3.4)Time limit for receipt of tenders or requests to participate
6.3.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
9.3.2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 2020.
VI.2)Information about European Union funds
VI.3)Additional information

To express an interest in this Procurement you will need to complete the PQQ, this is available online at www.etenderwales.bravosolution.co.uk

Please note the deadline date for completion is the 6.3.2015.
(WA Ref:21804).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Authority will allow a minimum of 10 calendar day standstill period between notifying the award decision and awarding the contract. Unsuccessful tenderers are entitled to receive reasons for the decision, including characteristics and relative advantages of the winning bid and the reasons why the tenderer/applicant was unsuccessful. Should additional information be required ii should be requested of the addressee in section I.1. Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits and must be brought promptly in accordance with the Public Contracts (Amendments) Regulations 2009.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
27.1.2015